Warner Robins Air Logistics Complex Production Overhead Support
ID: FA857125R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which will provide essential labor, management, and travel support services at Robins Air Force Base in Georgia. The contractor will be responsible for a range of tasks including inventory management, production planning, and compliance with safety and quality control measures, while ensuring a skilled workforce to support aircraft maintenance operations. This contract, which spans from April 2025 to January 2030, emphasizes the importance of maintaining operational efficiency and staffing continuity, with specific performance objectives outlined in the Performance Work Statement. Interested parties should direct inquiries to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil, with proposals due by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the labor and management services required for the Warner Robins Air Logistics Complex at Robins Air Force Base, GA. The contractor is to provide various personnel, including Production Control Clerks, Material Subject Matter Experts, Schedulers, Planners, and Supervisors, each necessitating specific qualifications and clearances. Key responsibilities include managing parts ordering, conducting production support analysis, and maintaining supply chain efficiency. The contractor must ensure full compliance with various military and government regulations, deliver monthly activity reports, and uphold safety standards. Performance thresholds require minimal customer complaints and strict documentation approval protocols. The contractor plays a crucial role in strategic planning and operational support, fostering continuous improvements and adherence to security measures. The contract performance is subject to extensive government oversight, ensuring quality and accountability throughout service delivery.
    The Performance Work Statement (PWS) outlines the requirements for the contractor to provide labor, management, and travel support for the Warner Robins Air Logistics Complex at Robins Air Force Base, GA. Key personnel roles specified include Production Control Clerks, Material Subject Matter Experts, Schedulers, Planners, and Supervisors, each with required qualifications and responsibilities. The contractor will handle inventory management, parts ordering, production planning, and performance assessments while ensuring compliance with security protocols and quality control measures. Responsibilities include facilitating Aircraft Programmed Depot Maintenance, monitoring supply chain logistics, and ensuring prompt hiring for vacant positions. The contractor must also submit monthly activity reports and comply with safety, environmental management, and training regulations. Performance objectives stipulate a maximum of two validated customer complaints monthly and a requirement for 90% staffing continuity. Overall, the PWS emphasizes the need for a skilled and responsive workforce to support air logistics operations effectively, reflecting the government's commitment to operational excellence in military aviation maintenance.
    The document outlines the Industrial Safety and Health Requirements for contractors working at Warner Robins Air Logistics Complex, as mandated by the US Air Force. It emphasizes the necessity for a detailed Safety and Health Plan that complies with various federal, state, and local regulations, particularly the Occupational Safety and Health Act (OSHA). The contractor is responsible for the safety of all employees, including subcontractors, and must adhere to the Voluntary Protection Programs established by the Air Force to prevent injuries. Key sections include mishap notification procedures, the establishment of a comprehensive safety program, and guidelines for working conditions, including environmental safety expectations. Contractors must also provide adequate protective equipment, ensure compliance with traffic regulations on installations, and maintain housekeeping standards. Regular inspections from both Air Force and Department of Labor officials are mandated to ensure compliance with safety standards. The document underscores the contractor's sole responsibility regarding compliance and the necessity for maintaining up-to-date safety plans that incorporate current regulations. This comprehensive request for proposal (RFP) serves not only to protect personnel and property but also to instill a culture of safety in military operations, reflecting the federal government's commitment to workplace safety and health.
    The government file pertains to the provision of federal and state RFPs and grants aimed at facilitating various projects and initiatives. The main focus lies in detailing the requirements for applicants seeking funding and outlining the process for proposal submissions. Key aspects include eligibility criteria, application procedures, funding limits, and project timelines. The document emphasizes the importance of compliance with federal regulations, showcasing transparency in the allocation of public funds. This file serves as a guidance tool for organizations aiming to secure financial support for community projects, technological advancements, or infrastructure improvements, thereby fostering innovation and development at multiple governmental levels. Overall, it underscores the government's commitment to supporting public initiatives through structured financial assistance protocols.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for government contracts, specifically relating to the submission of a Contractor's Safety Plan linked to a contract for WR-ALC Production Overhead. The form specifies the details necessary for the safety plan submission, including the due dates for draft and final copies, as well as the distribution requirements for government officials. Clear instructions are provided for completing the form, outlining items such as the title of the data item, the authority for data acquisition, and the regulatory requirements for submission frequency. The Government’s review process is also established, allowing five working days for feedback on drafts. Additionally, the estimated total price for the required data items is classified into different price groups based on their necessity and the effort required for compliance. This document serves an essential role in the oversight and compliance of safety practices within government contracting, ensuring that safety plans meet federal requirements before implementation.
    The DD Form 1423-1 serves as a Contract Data Requirements List and is designed to outline the necessary data submissions for a contract, specifically in the context of the Department of Defense. The form details the contractor's obligations to provide a monthly status report electronically, which includes a comprehensive overview of work performed, any challenges encountered, financial status, personnel assignments, and future staffing plans. Key information on the form includes contract line items, data item descriptions, submission timelines, and addressees. Specifically, the contractor is required to ensure 90% service availability and to back-fill any vacant positions with equivalent personnel. Notably, the form stipulates various groups for estimated pricing of the required data items, allowing for clarity in cost expectations related to the contract. Overall, this document ensures organized communication and accountability between contractors and government representatives, ultimately aiming to meet federal data reporting requirements efficiently while maintaining service continuity and quality. The structured format aids in compliance, tracking, and management of contract deliverables across federal, state, and local entities.
    The document is a DD Form 1423-1, a Contract Data Requirements List, used within federal government contracting to outline specific data requirements needed from contractors. The form includes contract information such as line item numbers, authorities, and contact information for government representatives. The primary data item noted is a Status Report on vacancies, which mandates contractors to fill positions within ten business days of an employee departure and ensures all personnel have the necessary security clearances before commencing work. The form also stipulates the delivery of data items, outlining frequencies, dates for submissions, and addressing the distribution of reports. Overall, the DD Form 1423-1 serves as a standardized method for documenting and managing data deliverables associated with government contracts, facilitating compliance and communication between contractors and government agencies.
    The DD Form 1423-1 outlines the requirements for a Contract Data Requirements List (CDRL) under a government contract, focusing on the contractor's responsibility to submit a Quality Control Plan (QCP). This plan must detail the detection and correction of quality issues, with an emphasis on preventing recurrence. The contractor is required to deliver an electronic copy of the QCP to designated Government contacts, while additional instructions provide clarity on form completion and submission timelines. The document specifies pricing categories for data items ranging from essential data to minimal operational procedures, ensuring that estimated costs accurately reflect the contractor's obligations regarding data delivery. The guidance serves as a framework for compliance with data requirements, aligning with the standards set by the Department of Defense in the procurement process. This is critical for ensuring quality and accountability in government contracts, particularly for defense-related projects, reinforcing the government's oversight and strategic management of contract deliverables.
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1 for monitoring contractor compliance regarding safety incidents at Robins Air Force Base. It specifies the protocol for contractors to report accidents or incidents affecting DoD property or employee injuries within four hours of occurrence. A follow-up report is required within three calendar days, detailing the incident, estimated damages, and corrective actions. Key contact information for safety offices and government personnel involved in oversight is included. The form further provides instructions for filling out technical data categories and pricing groups aligning with government standards, which are essential for the preparation and submission of relevant documentation. Overall, the form serves to ensure systematic reporting and data management aligned with contractual obligations in government procurements.
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL). It specifies that contractors must provide a monthly activity report detailing employee hours, issues, and programmatic changes electronically in both PDF and Excel formats within ten business days of the end of the month. The report must also list personnel assignments and unfilled positions with justifications. The form includes sections for contract data, requiring inputs such as contract line item number, contract reference, and data item description, among others. Key contacts within the government are provided for report submission. The structure of the form is straightforward, focusing on compliance with data submission protocols as stipulated by the Department of Defense. This document is crucial for government oversight in RFP-related activities, ensuring that accurate tracking and reporting of contractor performance are maintained.
    The document appears to be a fragmented and corrupted text extracted from a government file, likely related to federal grants or RFPs (Requests for Proposals). The main topic is difficult to discern due to heavy encoding issues; however, it suggests a focus on funding opportunities and the appropriate processes for securing governmental financial assistance. Key ideas could involve the eligibility criteria, application procedures, and potential project scopes supported by grants and RFPs, which are critical for state and local entities seeking federal resources. Details on compliance, project implementation, and reporting may also be implied. Overall, this document underscores the significance of navigating federal procedures for successful project funding, indicating a structured approach necessary for stakeholders aiming to leverage government resources effectively. The original content's coherence is obscured, yet it hints at the benefits and responsibilities associated with federal financial support mechanisms.
    The document outlines a Request for Proposal (RFP) for Production Overhead Support services at Robins Air Force Base, specifically under solicitation FA857125R0006. The contract is designed for women-owned small businesses and includes a five-year requirements contract divided into one basic year and four additional ordering periods. The total award amount is estimated at $24.5 million, and significant roles required include Production Control Clerks, Schedulers, Material Subject Matter Experts, Planners, and Supervisors, each with specified quantities of hours allocated over the performance period. The RFP emphasizes that quantities are best estimates and do not impose minimums or maximums for ordering. Detailed roles and responsibilities involve parts ordering, logistical support, and materials turnover. The document highlights the contracting structure, outlining the required qualifications and payment procedures under the Defense Procurement regulations. Interested contractors must submit their proposals by a deadline while adhering to specific wage determination rates for personnel. Overall, this RFP embodies the government's initiative to engage small businesses, focusing on competitiveness, compliance with federal regulations, and providing essential support services for military logistics.
    The document is a Request for Proposal (RFP) for a contract regarding Production Overhead Support for the Warner Robins Air Logistics Complex at Robins Air Force Base. The RFP stems from federal initiatives to promote small businesses, specifically targeting Women-Owned Small Businesses (WOSB) and economically disadvantaged women-owned businesses (EDWOSB). The solicitation details the requirements for contractor support services, which include personnel for parts ordering, research analysis, logistics, and supply chain support. The contract will span five years, starting from April 2025, with specific periods for delivering estimated quantities of labor hours for various roles including supervisors and planners. Contractors must adhere to wage determination rates and ensure proposals are inclusive of all overhead costs. The document outlines submission requirements, including deadlines for questions and proposals, as well as inspection and acceptance protocols. The emphasis is on compliance with federal regulations, which is essential for the awarding of contracts aimed at enhancing small business participation in federal procurement processes, particularly focusing on ensuring safety and health standards on government installations.
    The document is an extensive compilation of encrypted and corrupted texts, suggesting it may contain confidential or sensitive information related to federal government requests for proposals (RFPs), grants, and potential funding opportunities at both federal and state levels. It appears to address various sectors that could be impacted by these proposals, such as environmental assessments, infrastructure upgrades, or safety and compliance measures in government projects. Key topics likely include guidelines for proposal submissions, evaluation criteria, and the significance of adhering to regulations in securing funding. However, due to the heavily corrupted nature of the content, it is challenging to derive specific details or coherent messages from the available text. This file likely serves as a formal notification or guideline for stakeholders engaged in the federal grant application process.
    The Direct Docat Follow-On outlines a contract with multiple ordering periods from January 20, 2025, to January 19, 2030, detailing personnel requirements across various roles, including Production Control Clerks, Planners, Material Subject Matter Experts, Schedulers, and Supervisors. The document specifies the Federal Government's requirement for 17 Production Control Clerks at GS-09, 5 Planners at GS-11, and additional staff in various capacities for each ordering period. Each employee is allocated 1,872 productive hours per year, adjusted for holidays, vacations, and sick leave, leading to a total workforce allocation across five years. The contract structure indicates that all Contract Line Item Numbers (CLINS) will be Firm Fixed Price (FFP), emphasizing the government's determination to efficiently manage labor costs. With a clear framework established, the document ensures that essential functions are staffed adequately, providing a resource management strategy that supports ongoing operations throughout the contract period. This contract serves as a foundational element for federal program support and aligns with goals of maintaining operational efficiency and compliance with government employment standards.
    The document outlines the specifications for the Overhead Production Follow-On contract, effective from April 19, 2025, to January 18, 2030. It details various positions required during five ordering periods, specifically for roles such as Production Control Clerks, Planners, Material Subject Matter Experts, Schedulers, and Supervisors. Each position is associated with specific FTEs (Full-Time Equivalents), total hours, and a proposed zero dollar hourly rate. The document captures the annual distribution of work hours, accounting for holidays, vacation, and sick leave, which leaves approximately 1,856 productive hours per employee. The pricing structure is based on Fixed Firm Price (FFP) contracts. The phased approach spans five years, with each order period specifying the number of personnel required and the total hours for completion. This structured breakdown illustrates the federal government's commitment to maintaining operational efficiency and adequate staffing for essential functions under projected budget constraints.
    The document outlines a series of inquiries regarding a federal solicitation for a contract involving contractor services. It addresses questions about whether this is a new requirement or a recompete, the classification as an 8(a) set-aside, and details on the type of contract—identifying it as a stand-alone contract with potential task orders. Key concerns relate to the pricing worksheet, including requests for clarification on overtime rates, pricing structure, and the required use of wage determinations under the Service Contract Act (SCA). The inquiry also includes questions on current incumbents, staffing levels, required qualifications for positions, and the specifics of performance evaluation criteria. The solicitation specifies the period of performance, labor categories, and confirmation of the SCA application, appealing for additional supporting information to aid bidders in pricing accurately. Overall, the document emphasizes the government's intention to provide a clear framework for vendors to respond effectively to the contract requirements, alongside an emphasis on compliance with federal laws and procurement guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. The contract, which spans five years, involves servicing 45 parts washers—24 government-owned and 21 leased—while ensuring compliance with federal and state environmental regulations. This service is critical for maintaining operational efficiency and safety within the military installation, emphasizing the importance of environmental management and safety protocols. Interested contractors are encouraged to submit their capabilities documentation by March 21, 2025, to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil, as the government seeks to assess market interest and contractor qualifications for this essential service.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    ISO9001AS9110 - EXTERNAL REGISTRATION
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide audit and registration services for ISO9001/AS9100/AS9110 certification at the Warner Robins Air Logistics Complex (WR-ALC) in Georgia. The selected contractor will be responsible for conducting a series of audits and follow-ups over a three-year cycle, including surveillance audits in the first two years and a re-certification audit in the third year, ensuring compliance with the latest ISO standards. This procurement is crucial for maintaining operational readiness and quality assurance within the Air Force, reflecting the government's commitment to high standards in its operations. Interested parties should contact Adam Hudson at adam.hudson.4@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further details, with the contract expected to span from July 2025 to June 2028.
    F-15 Automated Weight and Balance System Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for the F-15 Automated Weight and Balance System (AWBS) support, focusing on software maintenance for the Automated Form F (AFF) utilized in flight clearance for USAF aircraft. The procurement aims to gather capabilities, experience, and interest from both large and small businesses to provide engineering technical services over the next five years, including help desk support, software maintenance, and updates related to aircraft loading configurations. This initiative is crucial for ensuring aircraft safety and operational efficiency within the USAF. Interested parties must respond by February 26, 2025, providing detailed company information and completing a capability survey, with inquiries directed to Brenton Gibson at brenton.gibson@us.af.mil or Tyler Smith at tyler.smith.53@us.af.mil.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Material Handling Equipment Maintenance Services - DLA Disposition Services Warner Robins
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Warner Robins, Georgia. The procurement involves comprehensive maintenance services, including preventive and corrective maintenance, to ensure the operational readiness of various MHE, such as forklifts and container handlers, as outlined in the Performance Work Statement (PWS). This contract is crucial for supporting military operations and maintaining compliance with federal standards, structured as a firm-fixed price with a base period of one year and two optional years, totaling an estimated value of $151,516.43 for the base year. Interested parties should contact Brandon Awkerman at Brandon.awkerman@dla.mil or James Isola at James.Isola@dla.mil for further details and to ensure compliance with the total small business set-aside requirements.
    Vapor Degreaser Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for vapor degreaser cleaning services at Robins Air Force Base in Georgia. The contract, designated as FA857125Q0038, requires two annual cleanings of the vapor degreaser system over a five-year period, with an estimated total value of $25 million. This cleaning service is crucial for maintaining operational efficiency and compliance with environmental regulations, ensuring the safe handling of hazardous materials and adherence to safety protocols. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by February 28, 2025, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil.
    Renovate Bldg. 59D -Robins AFB, GA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Savannah District, is seeking potential contractors for the renovation of Building 59D and the upgrade of the fire control system in Building 62 at Robins Air Force Base, Georgia. The project entails significant renovations, including repairs to roofs, electrical systems, and the installation of a new fire system, with an estimated construction cost ranging from $25 million to $100 million and a performance period of approximately 540 calendar days following the notice to proceed. This opportunity is classified under NAICS code 236220, which pertains to commercial and institutional building construction, and may be reserved for small businesses based on market responses. Interested firms are invited to submit their capability statements by February 28, 2025, and should direct inquiries to Gregory Graham or Alicia Scott at the provided contact information.
    Overhaul the UH-1N Main Rotor Hub Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to overhaul the UH-1N Main Rotor Hub Assembly, a critical component for military helicopters. The procurement aims to ensure the serviceability and operational readiness of these aircraft, which are vital for various missions, including emergency evacuations and national security operations. Interested offerors must adhere to stringent quality assurance standards and provide detailed technical documentation, with proposals due by March 28, 2025. For further inquiries, potential bidders can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jorja Chesnut at jorja.chesnut@us.af.mil.